ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

BRAND NAME Starlink Local Priority 500GB Satellite Internet Service and Starlink Mini Equipment Packages with Ancillary supplies

DEPARTMENT OF TRANSPORTATION 69056726Q000002
Response Deadline
Jan 29, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Transportation, specifically the Federal Highway Administration's Western Federal Lands Division, is seeking proposals for the procurement of BRAND NAME Starlink Local Priority 500GB Satellite Internet Service and Starlink Mini Equipment Packages, along with ancillary supplies. The objective of this procurement is to provide reliable satellite internet service to enhance communication and safety at remote project sites across several states, including Alaska, Washington, Oregon, Idaho, Montana, and Wyoming. This opportunity is particularly significant as it addresses the critical need for high-speed internet in areas where traditional cellular and internet services are inadequate. Interested vendors must acknowledge amendments by January 29, 2026, with the anticipated award date set for February 10, 2026. For further inquiries, potential bidders can contact WFL Simplified Acquisition at WFL.Purchasing@dot.gov or by phone at 360-619-7738.

Classification Codes

NAICS Code
517410
Satellite Telecommunications
PSC Code
DG11
IT and Telecom - Network: Satellite Communications and Telecom Access Services

Solicitation Documents

14 Files
69056726Q000002_rfq.pdf
PDF932 KBJan 15, 2026
AI Summary
This Request for Quotation (RFQ) from the U.S. Department of Transportation, Federal Highway Administration, Western Federal Lands Highway Division (WFLHD), solicits proposals for Brand Name Starlink© Roam-Unlimited Satellite Internet Service and Starlink© Mini Equipment Packages with Ancillary Supplies. This is an OPEN-MARKET Firm Fixed Price (FFP) RFQ, a Total Small Business Set-aside, with an anticipated award date of February 10, 2026. The solicitation incorporates provisions and clauses from the Federal Acquisition Regulation (FAR) and Transportation Acquisition Regulation (TAR). Key contractual requirements include maintaining active registration in the System for Award Management (SAM), annual reporting of service contract information, and adherence to prohibitions on subcontracting with debarred entities and using certain foreign-produced equipment and applications. The total contract duration, including options, shall not exceed five years.
Attachment 0001_Price Schedule.xlsx
Excel11 KBJan 8, 2026
AI Summary
This document, Attachment 0001 - Price Schedule, outlines the firm-fixed-price schedule for Starlink© Roam-Unlimited Satellite Internet Service for 45 connections, including associated equipment and optional extension years. The initial period of performance for the internet service is from March 1, 2026, to February 28, 2027. The schedule also details pricing for Starlink© Mini Equipment Packages, Savage UTV Mini Rooftop Mounts (brand name or equal), 15m DC power cords, and 10ft 12-24V 6.3A car adapters, all with firm-fixed pricing and a 45-day delivery after order receipt. Shipping and handling are F.O.B Destination. Additionally, the document includes four option years (Option Year 1 through Option Year 4) for extending the Starlink© internet service, each with a 12-month period of performance and firm-fixed pricing. This schedule is a comprehensive breakdown of costs for satellite internet services and necessary hardware for a government RFP.
Attachment 0002_Offeror Work Experience.pdf
PDF168 KBJan 15, 2026
AI Summary
The “OFFEROR WORK EXPERIENCE FORM” is a crucial document for government contractors, designed to standardize the submission of past or present contract information for evaluation. Offerors must complete this form, providing company and contract details, including the contract title, owner, location, and points of contact. Key financial details such as original and final contract values, and completion dates are required, along with a description of the work performed. The form also asks whether the offeror was the prime contractor, the number of subcontractors, and the total value of subcontracts. This document is limited to a maximum of five pages per relevant contract and is a mandatory part of proposal submissions, ensuring transparency and comprehensive assessment of an offeror's experience in government RFPs, federal grants, and state/local RFPs.
Attachment 0003_Past Perf Questionnaire.docx
Word33 KBJan 15, 2026
AI Summary
The Past Performance Reference Questionnaire (Attachment 0003) is a five-page document used in government contracting for rating a contractor's performance. It is designed to be completed by a reference and submitted directly to the government's Point of Contact. The questionnaire outlines detailed rating definitions: Exceptional, Very Good, Satisfactory, Marginal, and Unsatisfactory, each with specific criteria and justification requirements. The document is divided into four sections: Ratings, Additional Narrative Justification, Signature of Rater, and Return Instructions and Contact Information. Section I,
69056726Q000002_Amend 0003.pdf
PDF276 KBJan 15, 2026
AI Summary
Amendment 0003 to Solicitation 69056726Q000002, dated January 15, 2026, modifies the request for quotations for BRAND NAME Starlink Local Priority - 500GB Satellite Internet Service and Starlink Mini Equipment Packages with Ancillary supplies. The key change is a correction to the Period of Performance, now set from March 1, 2026, to February 28, 2031, including a base period and four option years. The amendment also details specific requirements for a "BRAND NAME OR EQUAL" Savage UTV Rooftop Mount for the Starlink Mini antenna, outlining minimum criteria such as aluminum construction, magnetic feet with 240-lb pull force, and stainless steel hardware. Offers must acknowledge this amendment for consideration. Deliveries of 20 units and 10 units are specified for Vancouver, WA, and Idaho Falls, ID, respectively, within 45 days of order receipt.
QandA_2026-1-15.pdf
PDF136 KBJan 15, 2026
AI Summary
This document contains vendor questions and answers regarding a solicitation for BRAND NAME Starlink Local Priority 500GB Satellite Internet Service and Starlink Mini Equipment Packages. Key clarifications include confirming 45 individual Starlink subscriptions each with 500GB per month, not a shared pool. The RFP initially referenced a consumer plan, which was clarified as needing a priority plan to meet latency targets, with further details in Amendment 0001. A specific power cord CLIN 00401 was removed in Amendment 0002. The government maintained the small-business requirement and clarified that past performance and experience do not have a required number of projects. Amendments 0001 and 0002 had documentation errors which were addressed. The solicitation is an OPEN MARKET FFP RFQ, making GSA MAS contracts inapplicable. The deadline for acknowledging amendments is January 29, 2026, and the anticipated Period of Performance was updated in Amendment 0003.
QandA_2026-1-14.pdf
PDF136 KBJan 15, 2026
AI Summary
This government file addresses vendor questions regarding Solicitation No. 69056726Q000002 for "BRAND NAME Starlink Local Priority 500GB Satellite Internet Service and Starlink Mini Equipment Packages & Ancillary supplies." Key clarifications include confirmation of 45 Starlink subscriptions, each with 500GB per month, rather than a shared pool. The document emphasizes that the RFP is for an OPEN MARKET FFP RFQ, making GSA MAS contracts inapplicable. It also clarifies that federal resellers do not have access to the "unlimited roam data" service and directs vendors to amendments for details on priority plans and bandwidth. Other points include the removal of CLIN 00401, affirmation of the small-business requirement, and confirmation of the Past Performance Reference Questionnaire due date as January 27, 2026. The government also clarified that there is no "required number of projects" for experience or performance. Lastly, it addresses a documentation error in Amendment 0002, stating that the SF1449 and cover page were changed under Amendment 0001.
QandA_2026-1-13.pdf
PDF133 KBJan 15, 2026
AI Summary
The government solicitation 69056726Q000002 for "BRAND NAME Starlink Local Priority 500GB Satellite Internet Service and Starlink Mini Equipment Packages & Ancillary supplies" addresses vendor questions regarding the procurement. Key clarifications confirm the request for 45 Starlink subscriptions, each with 500GB of data per month, not a shared pool. The document also clarifies that federal resellers do not have access to an "unlimited roam data" service and refers vendors to amendments for details on priority plans and bandwidth requirements. Additionally, it specifies that CLIN 00401 for an additional 15M DC power cord is removed. The government maintains the small-business requirement, confirms the Past Performance Reference Questionnaire due date as January 27, 2026, and states there is no required number of projects for experience or performance. An error in Amendment 0002 regarding missing SF1449 and cover page is acknowledged, with an updated SF30 to be posted.
69056726Q000002_Amend 0002-update 2026-1-13.pdf
PDF382 KBJan 15, 2026
AI Summary
Amendment 0002 to Solicitation No. 69056726Q000002 revises the Request for Quotation (RFQ) for the Federal Highway Administration's Western Federal Lands Highway Division (WFLHD). The amendment extends the offer receipt deadline and updates Section D, which details the requirements for BRAND NAME Starlink Local Priority – 500GB Satellite Internet Service, Starlink Mini Equipment Packages, and Savage UTV Rooftop Mounts for the Starlink Mini antenna. The objective is to provide roaming satellite internet service to improve safety and communications at remote project sites in Alaska, Washington, Oregon, Idaho, Montana, and Wyoming. The period of performance includes a 12-month base period and four 12-month option periods. The document also specifies delivery instructions, outlines non-personal services, and mandates compliance with Section 508 accessibility standards for all Information and Communication Technology (ICT) deliverables. It further details inspection, acceptance, government-furnished information, authority to obligate the government, anti-deficiency provisions, indemnification, payment for unauthorized work, contractor performance failure, and contract closeout procedures. Enclosures include revised Section D pages and an updated price schedule.
QandA_2026-1-12.pdf
PDF114 KBJan 15, 2026
AI Summary
The document addresses vendor questions regarding Solicitation No. 69056726Q000002 for BRAND NAME Starlink Local Priority 500GB Satellite Internet Service and Starlink Mini Equipment Packages. Key clarifications include confirming that federal resellers do not have access to the unlimited roam data service, and that the request is for 45 Starlink subscriptions, each with its own 500GB per month, not a shared pool. The RFP's referenced consumer plan was identified as not meeting latency targets, prompting a need to confirm a suitable priority plan and required bandwidth. Additionally, CLIN 00401 for an extra 15M DC power cord was removed as the Starlink Mini Kit already includes one. Amendments 0001 and 0002 are referenced for further details and changes.
Attachment 0001_Price Schedule_Amend 0002.xlsx
Excel12 KBJan 15, 2026
AI Summary
The document,
QandA_2026-1-09.pdf
PDF89 KBJan 15, 2026
AI Summary
This document addresses vendor questions regarding Solicitation No. 69056726Q000002 for BRAND NAME Starlink Local Priority 500GB Satellite Internet Service and Starlink Mini Equipment Packages & Ancillary supplies. A key point of clarification is the confirmation that federal resellers of Starlink do not have access to the "unlimited roam data" service referenced in the original request. This issue was confirmed with a Starlink representative and subsequently addressed in Amendment 0001, dated January 9, 2026. The document primarily serves to provide official responses and updates to potential vendors, ensuring all parties have accurate information regarding the service specifications for the RFP.
69056726Q000002_A0001.pdf
PDF565 KBJan 15, 2026
AI Summary
The Federal Highway Administration (FHWA) Western Federal Lands Division has issued Amendment No. 0001 to Solicitation No. 69056726Q000002. This amendment, dated January 9, 2026, modifies the Request for Quotation (RFQ) for "BRAND NAME Starlink Local Priority – 500GB Satellite Internet Service and Starlink Mini Equipment Packages with Ancillary supplies." The key change involves revising the service description from "Roam-Unlimited" to "Local Priority – 500GB" across the RFQ document, including the cover page, Section A (SF 1449), Section D (Contract Documents), and Attachment 0001 (Price Schedule). The amendment emphasizes that offers must acknowledge receipt of this change by the specified due date of January 29, 2026, at 1400 PT. This solicitation is a Total Small Business Set-aside with NAICS code 517410 and a size standard of $44 million, seeking to acquire firm-fixed-price satellite internet services and equipment to support WFLHD operations at remote project sites.
Starlink Brand Name Restricted Competition-signed.pdf
PDF224 KBJan 15, 2026
AI Summary
The Federal Highway Administration's Western Federal Lands Highway Division (FHWA-WFLHD) is seeking to award a restricted-competition contract for Starlink Roam-Unlimited Satellite Internet Service and Mini Equipment Packages. This justification is based on the critical need for secure, consistent communication and enhanced safety for staff working in remote construction sites across WA, OR, ID, MT, WY, and AK, where existing cellular and internet coverage is inadequate. The estimated contract value is $484,000 over 60 months, with the authority for restricted competition cited under 41 U.S.C. 1901 (FAR 12.201-1). Market research indicated that Starlink is the only provider offering the necessary mobile, high-speed internet, and Wi-Fi calling capabilities without the bandwidth and throttling issues of other satellite providers like Hughes Net and Viasat. The solicitation will be published via GSA eBuy, and the WFLHD will ensure fair and reasonable costs through thorough analysis. Future procurements will be assessed on a case-by-case basis due to the unique technological requirements.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJan 8, 2026
amendedLatest AmendmentJan 15, 2026
deadlineResponse DeadlineJan 29, 2026
expiryArchive DateFeb 13, 2026

Agency Information

Department
DEPARTMENT OF TRANSPORTATION
Sub-Tier
FEDERAL HIGHWAY ADMINISTRATION
Office
690567 WESTERN FEDERAL LANDS DIV

Point of Contact

Name
WFL Simplified Acquisition

Place of Performance

UNITED STATES

Official Sources